Awarded contract

MTC for Water Quality Control (Risk Assessment, Monitoring Regime and Associated Remedial Works) 2021-2024

  • North Lanarkshire Council

F03: Contract award notice

Notice reference: 2021/S 000-024706

Published 5 October 2021, 10:44am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

John Cameron

Email

cameronj@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MTC for Water Quality Control (Risk Assessment, Monitoring Regime and Associated Remedial Works) 2021-2024

Reference number

HO PM 21 002; NLC-CPT-21-003

two.1.2) Main CPV code

  • 65100000 - Water distribution and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Measured Term Contract for Water Quality Control including undertaking risk assessments and a monitoring regime and associated remedial works in domestic properties throughout North Lanarkshire Council area.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £340,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services
  • 65110000 - Water distribution
  • 65111000 - Drinking-water distribution
  • 65130000 - Operation of water supplies
  • 65123000 - Water softening services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire

two.2.4) Description of the procurement

To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf:

- identifying and assessing sources of risk;

- preparing a programme of work to prevent or control the identified risks;

- implementing, managing and monitoring precautions taken to prevent or control the identified risks; and

- record keeping in line with the requirements of ACOP L8.

The scope of works for this project includes (although is not limited to) the following:

Risk Assessments:

- carrying out site visits to determine location of storage tanks, pipework systems and main supplies;

- inspecting storage tanks and all associated pipework; and

- preparing detailed Risk Assessment report/recommendations and schematics for all site water systems.

Monitoring:

- monitoring, inspecting and testing of water systems and provision of reports; and

- providing site logbooks which shall contain details of the systems including results of risk assessments.

Sampling:

- ad hoc analytic sampling of water samples for chemicals and bacteria, including legionella where instructed; and

- obtaining test certificates for bacterial, chemical, lead and legionella analyses when requested.

Remedial works:

- ad hoc cleaning and disinfecting pipework systems and mains supplies where instructed;

- ad hoc repairs to storage tanks and all associated pipework where instructed; and

- ad hoc servicing of thermostatic mixing valves and cleaning of shower heads where instructed.

All in accordance with the ACOP L8.

The successful contractor will be required to liaise with stakeholders and tenants as required to gain access to the properties to carry out the above services. The successful contractor will be subject to ongoing performance management using the Scorecard contained in ITT Section 6 - Appendix A (included in the additional information area within the Portal).

two.2.5) Award criteria

Quality criterion - Name: End User Satisfaction / Weighting: 25%

Quality criterion - Name: Programme Adherence / Weighting: 25%

Quality criterion - Name: Health & Safety and Environmental / Weighting: 20%

Quality criterion - Name: Fair Work Practices / Weighting: 10%

Quality criterion - Name: Community Benefits / Weighting: 20%

Price - Weighting: 60%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-009246


Section five. Award of contract

Contract No

NLC-CPT-21-003

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 October 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SPIE Limited

1 Old Park Lane, Urmston

Manchester

M41 7HA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £340,000


Section six. Complementary information

six.3) Additional information

(SC Ref:669313)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.